Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596

Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000

P -- SERVICES TO REMOVE SUNKEN/GROUNDED WORK BARGE SOL N00181-00-Q-0526 DUE 051200 POC Karen England, (757) 396-8372 E-MAIL: Click here to contact the Contracting Officer via, englankl@nnsy.navy.mil. This is a combined synopsis/solicitation for commercial items as prepared IAW FAR 13 and FAR subpart 12.6, as supplemented with additional information included in this notice. This requirement will be awarded under firm fixed-price contract incorporating FAR 13.5, Test Program for Certain Commercial Items. This announcement constitutes the ONLY solicitation; quotations are being requested via this notice and a separate, written solicitation WILL NOT BE ISSUED. Solicitation number N00181-00-Q-0526 applies. NNSY requires services for the removal of one (1) sunken or grounded foam filled work barge, approx. size: 110 ft x 34 ft, located in the eastern branch of the Elizabeth River. There is no warranty as to the condition, including, without limitation, the seaworthiness of the vessel. If required, a site-visit will be arranged during the period of 5/8/00 through 5/12/00. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO REQUEST A SITE-VISIT. Statement of work: (1) Contractor shall scrap and remove any and all vessels and debris found at that site. Contractor shall clear the area of any vessel debris completely to the mud line. All work shall comply with local, State, and Federal laws and regulations; (2) Contractor may utilize any reasonable and efficient means of removing vessel/debris from the river and dispose of any unsalvageable scrap at a proper landfill facility; (3) Contractor shall furnish all labor, materials, and equipment necessary for mobilization, removal, transport, and disposal of vessel; (4) If contractor intends to float vessel transporting to their facility for subsequent salvage, appropriate Coast Guard approval and survey work must be accomplished at contractor's expense such plan must be clearly stated in the salvage plan: (5) Contractor may retain, for scrap resale purposes, any part of the vessel as deemed prudent by the contractor; (6) Any material not retained by the contractor for scrap resale, must be transported to and disposed of at a proper landfill (at contractor's expenses)in accordance with all local, State, and Federal regulations pertaining to the disposal of solid waste; (7) A salvage plan for the vessel shall accompany all proposals. This plan will address how the company proposes to perform the work in accordance with this statement of work. It must include description of material, equipment, labor to be utilized, and the number of days notice required for a project start date. The salvage plan will be reviewed by the U.S. Coast Guard . The salvage plan shall state a time period for completion of the project, which shall not exceed 120 days total from award of contract: (8) Contractor shall provide a pollution control plan for the vessel demonstrating proper awareness of and control for potential pollution threat that may occur as a result of the removal work. The U.S. Coast Guard will review each pollution control plan. Contractor shall carry proper pollution liability insurance as specified in the Insurance section of his bid. The contractor shall install a harbor boomaround the vessel and/or debris field prior to commencement of removal. Any pollutants removed by the contractor shall be disposed of in accordance with all local, State, and Federal laws and regulations; (9) The contractor shall furnish a disposition statement generally describing what material has been retained by the contractor for future scrap sale and what material has been forwarded to a proper landfill for disposal. All material removed from the site must be accounted for in the disposition report and receipts must be attached to substantiate material disposed of in landfills. Disposition report must be submitted on contractor's letterhead and signed by an authorized representative. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Change Notice Circular 97-17 and the Defense Federal Acquisition Change Notice Circular 19991118. The Industrial Code is 4499 and the size standard is $5M. FAR clause 52.219-6, Notice of Total Small Set-aside is dissolved. SPECIAL NOTE: IAW FAR 52.212-1(b)(4), Failure to provide the necessary data for evaluation may result in a contractor's offer being deemed as non-responsive. DFARS 252.204-7004 "Required Central Registration" applies. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Information can be obtained through Internet @ http://ccr/edi.disa.mil. FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.247-3, DFAR 252.212-7001 apply to this acquisition. OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.2122-3 OFFER REPRESENTATION AND CERTIFICATION COMMERCIAL ITEMS. Offers shall be evaluated for adherence to applicable clauses, provisions, laws and regulations; satisfactory past performance record; project schedule; and fair and reasonable pricing. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal quote form, etc) but must include the following information: (1) Company's complete mailing/remittance address;(2) discounts for prompt payment;(3) Cage code;(4) Taxpayer ID number; (7) complete certifications and submittals as may be required herein. All offers must be received by 3:30 PM, local time, 12 MAY 2000. Responses may be faxed to Karen England @ (757) 396-8503. IMPORTANT INTERNT ADDRESSES: 1) Federal Acquisition Regulations (FAR) @ http://www.gsa.gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) @ http://www.acq.osd.mil/dp/dfars/dfars.html. Posted 05/05/00 (W-SN452183). (0126)

Loren Data Corp. http://www.ld.com (SYN# 0037 20000509\P-0001.SOL)


P - Salvage Services Index Page